DOCUMENT
45 -- Infrastructure: Remove & replace Heat Exchanger - Big Spring - Attachment
- Notice Date
- 2/25/2015
- Notice Type
- Attachment
- NAICS
- 332410
— Power Boiler and Heat Exchanger Manufacturing
- Contracting Office
- Department of Veterans Affairs;SAOW/NCO18;4135 S. POWER RD STE 103;MESA, AZ 85212
- ZIP Code
- 85212
- Solicitation Number
- VA25815R0301
- Response Due
- 3/16/2015
- Archive Date
- 5/15/2015
- Point of Contact
- ENRIQUE RIVERA
- E-Mail Address
-
e.rivera@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- The Department of Veterans Affairs, Veterans Health Administration, VISN 18 intends to issue a Request for Quote to replace an existing heat exchanger located at the West Texas VA Health Care System (WTVAHCS), building one (1) basement of main facility at 300 Veterans Blvd., Big Spring, TX. The new heat exchanger must be integrated into the existing BACnet control system for constant temperature control accuracy. Contractor shall remove existing heat exchanger, provide and install an Armstrong Digital-Flo Model D665P Parallel/Redundant 70/165 GPM steam/water heater with a DVR 80 Digital Recirculating Valve - OR EQUAL. If an equal system is being proposed provide specifications with proposal which support SOW requirements. Delivery shall be 30 days after receipt of order. This is a pre-solicitation notice for commercial items prepared in accordance with the format specified in the Federal Acquisition Regulation Subpart 5.203(a), as supplemented with additional information included with this notice. The acquisition will be a set-aside 100% for small business in accordance with FAR 19. The North American Industry Classification Code (NAICS) is 332410, Power Boiler and Heat Exchanger Manufacturing, with a small business size standard of 500 employees. Evaluation and award will be made in accordance with FAR 13.106. The evaluation criteria used for source selection are listed below to assist you in determining your qualifications for this solicitation: 1.Price 2.Relevant Past Performance: a.Provide a minimum of three (3) references of work, similar in scope and size with contact information, a brief description of the work completed, and contract # (if relevant). b.Relevant Past performance will be considered as part of the best value determination. 3.Veteran Preference (In accordance with 852.215-70): a.Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages (VIP) database. (http://www.VetBiz.gov). b.Non-veteran offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). c.This factor is the least important consideration in the best value determination and will not be the sole determinant in the best value decision. This factor will be considered along with the price and past performance in their entirety. A condensed version of the SOW has been enclosed for your review. Solicitation number VA258-15-R-0301, will be posted on or about 27 February 2015, with a site visit tentatively scheduled for 3 March 2015. The date for receipt of offers shall be 16 March 2015. Questions concerning this solicitation should be directed to Enrique.Rivera@va.gov, with the email subject "VA258-15-R-0301, Replace Heat Exchanger". All questions must be sent formally by email no later than close of business on 5 March 2014. Statement of Work Replace Heat Exchanger Rev1 - Summary 1.OBJECTIVE: Contractor shall provide all equipment, labor, material, transportation and supervision to replace existing heat exchanger located in building one (1) basement of main facility at 300 Veterans Blvd., Big Spring, TX. New heat exchanger must be integrated into existing BACnet control system for constant temperature control accuracy. 2.STATEMENT OF WORK: Contractor shall remove existing heat exchanger, provide and install an Armstrong Digital-Flo Model D665P Parallel/Redundant 70/165 GPM steam/water heater with a DVR 80 Digital Recirculating Valve - or equal - and configure with existing BACnet building control system. 3.REQUIREMENTS AND CONSIDERATIONS: a.Plumbing going to and from the old heat exchanger shall be disconnected from a location that will allow it to be removed and adequate space made for the removal of the old and installation of the new heat exchanger. b.The Contractor shall be responsible for all unions, valves & piping from the point of disconnect to the new heat exchanger ranging 20' on either side. The new exchanger may not connect in the same location as the old and the contractor will be responsible for new piping to make the proper connections. Everything from the 20'point of disconnects and away from the heat exchanger will be the responsibility of the VA. c.The Contractor shall be responsible for replacing any insulation that is removed or damaged during the removal and installation of the heat exchanger. d.The Contractor is responsible for labeling all piping and valves. e.The Contractor shall survey all work areas and report any suspicious material before starting work. f.Any material the contractor finds suspicious and thought to contain asbestos shall be tested and or removed by the VA. Any material that is adjacent to the work area shall be left in place and undisturbed. If work cannot be conducted without disturbing said material then it shall be tested or abated by the VA. g.All contractor personnel must report to the Engineering Office at the Facility prior to and after any work performed, and sign out after completion of services. The contractor must furnish to the Chief of Engineering a detailed field report, or equivalent, showing work completed before leaving the Facility. h.The Contractor shall not perform any service that will result in additional charges without prior approval from the Contracting Officer. i.The Contractor shall comply with the standards in the Occupational Safety and Health Act (OSHA). j.The Contractor is responsible for his employees while on Facility grounds including any accidents while performing the service. 4.COMPETENCY OF PERSONNEL: Personnel shall be authorized by the contractor to perform the services. All work shall be performed by fully qualified and competent personnel. The government reserves the right to authenticate training requirements, request training certificates and credentials from the contractor at any time during the course of this contract through written request by the Contracting Officer (CO). 5.BADGES: All Contractor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. The Contractor is to coordinate with the COR to obtain the I.D. badge from the Police Service. The Contractor is to provide a list of personnel who shall be performing the service. Attachment A to the Statement of Work Schedule of Deliverables DeliverableItemQuantityDelivery Date OneA detailed work plan and Briefing for the VA project Supervisor and COR1 eachwithin 10 calendar days after award TwoContract execution1 Jobwithin 30 calendar days after award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25815R0301/listing.html)
- Document(s)
- Attachment
- File Name: VA258-15-R-0301 VA258-15-R-0301_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885892&FileName=VA258-15-R-0301-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885892&FileName=VA258-15-R-0301-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-15-R-0301 VA258-15-R-0301_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1885892&FileName=VA258-15-R-0301-000.docx)
- Place of Performance
- Address: WEST TEXAS VA HEALTHCARE SYSTEM;300 VETERANS BLVD;BIG SPRING. TX 79720
- Zip Code: 79720
- Zip Code: 79720
- Record
- SN03651252-W 20150227/150225234344-7b34549c4b2e696a9fd7010389208ca7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |